Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOURCES SOUGHT

66 -- 10 J Frequency Doubled Glass Laser

Notice Date
12/16/2016
 
Notice Type
Sources Sought
 
NAICS
#334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-17-RFI-TS01
 
Archive Date
1/18/2017
 
Point of Contact
TaLisa M. Spottswood, Phone: 2027676542, Brenda Green, Phone: 2024041342
 
E-Mail Address
TaLisa.Spottswood@nrl.navy.mil, brenda.green@nrl.navy.mil
(TaLisa.Spottswood@nrl.navy.mil, brenda.green@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY OR TO CONTRACT FOR SERVICES. 1. LOCATION - Naval Research Laboratory (NRL) sites as specified in the attached Performance Work Statement. 2. OBJECTIVE - The Naval Research Laboratory is searching for potential sources capable of fulfilling a requirement for a 10 J Frequency Doubled Green Laser. The proposed laser system (Table I) is for utilization in stimulated rotational Raman scattering (SRRS) experiments as well as having the capability to be used as a diagnostic tool in conjunction of the Nike laser system.  The SRRS experiments require a minimum of 10 J at 527 nm with linear polarization with a pulse width of 3 ns.  The 10 J pulse energy is required to be within a 4 nanoseconds long, this includes the rise time and fall time of the laser temporal profile (500 ps rise time + 3 ns pulse width + 500 ps fall time = 4 ns) and over a beam diameter of 5 cm to provide the required intensity for SRRS in air.  A final amplifier rod diameter of 45 mm is preferred.  The NRL would prefer a shorter rise and fall time and the ability to maintain laser energy with a shorter pulse width.  The temporal profile shall be square in nature to provide a constant intensity during the main part of the laser pulse.  The pulse length shall be adjustable for higher intensity required as a diagnostic tool on the Nike laser system.  The temporal jitter shall be less than 100 ps in order for the proposed laser to be accurately timed to the Nike laser system.  A controlled linear polarization is required to evaluate the polarization dependence of the SRRS process.  A single longitudal mode is required, with a laser beam divergence of less than 0.5 mrad (preferable to be <0.12 mrad), with a flat-top profile to be representative to an inertial confinement fusion (ICF) laser.  The pointing stability shall be less than 50 microrads in order to accurate place the focal distribution in experiments.  The shot to shot stability, or ability for the laser to produce the same pulse energy less than 5%, so one laser experimental shot and can be easily comparable to another without significant number of shots.  The required duty cycle of the proposed laser shall be a shot within every 30 minutes, therefore not extending the time between shots on the Nike laser facility. This list is provided for informational purposes only, and is not to be construed to replace any requirements in the Performance Work Statement or other related documents. It is anticipated that a Request for Proposals will be issued early in 2017. Answers to this RFI will be key in shaping certain aspects of the requirement. 3. CONTRACT TYPE: The Government is contemplating a solicitation of proposals for award of a firm-fixed priced contract 4. COMPETITION STRATEGY - Currently contemplating full and open competition unless the results from this RFI support a set-aside of any kind. Federal multiple award schedule holders and/or small businesses are encouraged to reply. 5. LENGTH OF AWARD - From date of award through delivery 6. MINIMUM SPECIFICATIONS - The minimum technical requirements for the effort have been listed above. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. The minimum requirements above may not represent a final document. 7. RESPONSE FORMAT - The Government asks that interested parties, at a minimum, supply the following information in a Capability Statement using the following format: CONTACT INFORMATION : a) Name of Company b) Telephone Number, Fax Number, Address, and e-mail address c) DUNS Number, business size, CAGE code, and number of employees d) Whether item is a commercial item and is customarily used by the goneral public or non-government entitites for the other than Government purposes e) Whether the item has been sold, leased, or licensed tot he general public, and if so, identify one or more such sales, leases, or licenses to document the commerciality of the item. DESCRIPTION OF RELEVANT EXPERIENCE : Provide a list of any Navy, DoD, federal, state, or local contracts supported during the past 36 months with a brief description of the type of work performed. Please describe your company's ability and procedures to meet diverse and unpredictable hazardous materials service needs. OPTIONAL : In addition to the above information, input from industry detailing best practices in the following areas is welcome, as this may assist the Government in obtaining necessary products utilizing low-risk, high-efficiency procedures: a) Methods of quantifying and qualifying specifications required if a request for proposal (RFP) is issued. b) Proposal evaluation factors. c) Quality assurance monitoring of contractor performance. ------------------------- 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: market research and procurement planning. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-17-RFI-TS01/listing.html)
 
Place of Performance
Address: 4555 Overlook Avenue, SW, Washington, District of Columbia, 20375-5326, United States
Zip Code: 20375-5326
 
Record
SN04354439-W 20161218/161216234645-1e94190bb80c9408353d50a6ab6c3d83 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.